TDS Metals C-17
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting quotes for a Firm-Fixed Price purchase of metal materials to manufacture a C-17 Partial Load Deck Trainer. This 100% Small Business Set-Aside opportunity, issued as a Combined Synopsis/Solicitation (RFQ), requires delivery to the 502nd Trainer Development Squadron Warehouse at JBSA - Randolph, TX. Quotes are due May 6, 2026, at 1:00 PM CST.
Opportunity Details
- Contract Type: Firm-Fixed Price purchase
- Award Type: Single award
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332312 – Fabricated Structural Metal Manufacturing
- Size Standard: 500 employees
- Product Service Code: 9520 (Structural Shapes)
- Published Date: April 23, 2026
Scope of Work
This procurement is for specific metal materials required to construct a C-17 Partial Load Deck Trainer. The trainer is intended for the Air Force School of Aerospace Medicine (USAFSAM) to support the Infectious Diseases Air Transport Course. The trainer will be sized and configured for a Negatively Pressured Conex (NPC) and will include guardrails. Key materials include various aluminum plates, tubes, angles, and flat bars (e.g., 6061-T6, 7075-T7351), as well as stainless steel round and flat bars.
Key Requirements & Deliverables
- Procurement and delivery of detailed metal materials as per the Statement of Need (Attachment 1) and Schedule of Supplies (Attachment 2).
- Materials must be delivered to the 502nd Trainer Development Squadron Warehouse, 664 A Street West, NW Corner of Building #241, JBSA - Randolph, TX 78150-4515.
- Vendors must provide model number, extended, and total prices for the Schedule of Supplies.
- If a CLIN item is not separately priced (NSP), annotate unit price as zero (0) and place "NSP" in the total price column.
- Delivery Period: 45 days after award.
- Shipping Terms: FOB Destination.
Submission & Evaluation
- Quotes Due: May 6, 2026, at 1:00 PM CST.
- Questions Deadline: May 1, 2026, at 1:00 PM CST.
- Submission Format: Word Document, Excel, or PDF.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors:
- Technical Factor: Rated acceptable or unacceptable based on the ability to provide and deliver material as per the Statement of Need and Schedule of Supplies.
- Total Evaluated Price Factor: Based on the total evaluated price from the Schedule of Supplies.
- The Government intends to award based on initial quote submissions without discussions but reserves the right to hold discussions.
Special Requirements
- Consideration of "Green" (energy efficient) materials; a Sustainable Products Identification Form is required.
- Materials will be inspected by a Government official upon delivery; contractor is responsible for costs associated with damaged materials.
- No warranty is required.
- Contractor personnel requiring site access must comply with JBSA-Randolph Visitor Security procedures, including background checks and U.S. citizenship verification.
- Contractors must obtain vehicle passes from the JBSA-Randolph Visitor Center.
- Government will provide a forklift and man lift for contractor use during delivery.
- Independent consultation with Government Officials regarding project requirements is prohibited.
Points of Contact
- Primary Contact: Jermaine L. Coleman (jermaine.coleman.3@us.af.mil)
- Secondary Contact: Catherine Hardy (catherine.hardy@us.af.mil)
- 502 TDS POC (Technical): Clint Harrison (clinton.harrison.1@us.af.mil)